California Bids > Bid Detail

USS MOMSEN (DDG 92) HULL PRESERVATION

Agency:
Level of Government: Federal
Category:
  • 80 - Brushes, Paints, Sealers, and Adhesives
Opps ID: NBD00159032202676211
Posted Date: Jan 4, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/9c6d0e9d4d...
Follow
USS MOMSEN (DDG 92) HULL PRESERVATION
Active
Contract Opportunity
Notice ID
N5523624Q0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
REGIONAL MAINTENANCE CENTER
Office
SOUTHWEST REGIONAL MAINT CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jan 04, 2024 02:10 pm PST
  • Original Published Date: Nov 29, 2023 03:17 pm PST
  • Updated Date Offers Due: Jan 26, 2024 02:00 pm PST
  • Original Date Offers Due: Dec 15, 2023 02:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 10, 2024
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8010 - PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS
  • NAICS Code:
    • 325510 - Paint and Coating Manufacturing
  • Place of Performance:
    San Diego , CA 92136
    USA
Description View Changes

AMEND 0003: To extend the close date and time for the receipt of quotes to 26 JAN 2024, 1400 (PST).



AMEND 0002: To extend the close date and time for the receipt of quotes to 08 JAN 2024, 1400 (PST).



AMEND 0001: To extend the close date and time for the receipt of quotes to 28 DEC 2023, 1400 (PST).





This is a Combined Synopsis/Solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





The Request for Quote (RFQ) N5523624Q0013 is issued as an unrestricted procurement. The subject solicitation is being processed using FAR Part 13, Simplified Acquisition Procedures. The applicable North American Industry Classification System (NAICS) code is 325510 Paint and Coating Manufacturing.





This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular to 2024-01 (Effective 11/14/2023) and DFARS Publication Notice to 20231025.





DESCRIPTION: The requirement is for a firm-fixed-price (FFP) contract:





CLIN



Description



0001



Contractor to provide paint materials for the USS MOMSEN (DDG-92) in accordance with the Performance Work Statement, and Exhibit A (ELINs), as amended.



0002



Contractor to provide Field Service Technical Representative for the USS MOMSEN (DDG-92) in accordance with the Performance Work Statement and Exhibit A (ELINs), as amended.



0003



DATA for CLINs 0001 and 0002. Contractor to use DD Form 1423, Contract Data Requirements Lists (CDRLs) attached hereto – Not Separately Priced (NSP).





Availability Start Date: February 5th, 2024



Dry- Dock Dates: 14 March 2024 through 14 August 2024



Paint Arrival at Shipyard: March 19, 2024



Paint Technical Rep at Shipyard: March 21, 2024



Completion Date: October 12, 2024





The full text FAR and DFAR references may be accessed from https://acquisition.gov

A. FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerors must comply with all instructions contained herein.





See Attachment 1 – “INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.”





See Attachment 2 – “EVALUATION FACTORS FOR AWARD.”





B. 52.212-3, Offeror Representations and Certifications – Commercial Items.



Offeror Representations and Certifications—Commercial Products and Commercial Services (Nov 2023)



The offerors shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov (only complete and return if there are changes to SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award.





C. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items



Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023)



APPLICABLE PROVISIONS AND CLAUSES:

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/content/home.





The full text of FAR and DFAR provisions and clauses may be accessed at https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars/, respectively.





The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract.



52.204-7 System for Award Management (OCT 2018)



52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-27 Prohibition on a Byte Dance Covered Application (JUN 2023)

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law (FEB 2016)

52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2022)



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022)



52.219-8 Utilization of Small Business Concerns (OCT 2022)



52.219-9 Small Business Subcontracting Plan (OCT 2022)



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



52.242-15 Stop-Work Order (AUG 1989)



52.242-17 Government Delay of Work (APR 1984)



52.243-1 Changes—Fixed Price (AUG 1987)



52.246-16 Responsibilities for Supplies (APR 1984)



52.247-34 F.O.B. Destination (NOV 1991)



52.247-48 F.O.B. Destination—Evidence of Shipment (FEB 1999)



52.252-2 Clauses Incorporated by Reference (FEB 1998)



52.252-6 Authorized Deviations in Clauses (NOV 2020)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023)



252.211-7003 Item Unique Identification and Valuation (MAR 2016)



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019)



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)



252.225-7000 Alt I Buy American – Balance of Payments Program Certificate (NOV 2014)



252.225-7001 Alt I Buy American and Balance of Payments Program—Alternate I (JAN 2023)



252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022)



252.225-7048 Export-Controlled Items (JUN 2013)



252.231-7000 Supplemental Cost Principles (DEC 1991)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)



252.232-7008 Assignment of Claims (Overseas) (JUN 1997)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.247-7023 Transportation of Supplies by Sea (JAN 2023)





52.212-1 Instructions to Offerors - Commercial Items ADDENDUM -- Submission Instructions. (SEP 2023)



(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 21 December 2023, 11:00AM San Diego local time to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:



Southwest Regional Maintenance Center, (SWRMC)

Email: Citing the solicitation number in the subject line (N5523624Q0013)

Email Address: samantha.c.salgado.civ@us.navy.mil & roderick.q.rioveros.civ@us.navy.mil





52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (NOV 2023)





(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:





(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Section 889 (a)(1)(A) of Pub L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).



(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).



(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (JUN 2020)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)

52.219-28 Post-Award Small Business Program Representation (MAR 2023)

52.222-3 Convict Labor (JUN 2003)

52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEC 2022)

52.222-21 Prohibition of Segregated Facilities (APR 2015)

52.222-26 Equal Opportunity (SEP 2016)



52.222-35 Equal Opportunity for Veterans (JUN 2020)

52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)



52.222-50 Combating Trafficking in Persons (NOV 2021)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020)

52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)

52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018)





The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract, see Attachment 3.

C-202-H001 Additional Definitions – Basic (OCT 2018)



C-211-H017 Updating Specifications and Standards (DEC 2018)



C-211-H018 Approval by the Government (JAN 2019)



E-246-H013 Inspection and Acceptance of Data (OCT 2018)



E-246-H022 Inspection and Test Records (JAN 2019)



F-242-H001 Contractor Notice Regarding Late Delivery (OCT 2018)



F-247-H004 Restrictions for Shipping to Military Air or Waterport Terminal (OCT 2018)



G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (JUN 2018)



G-232-H005 Supplemental Instuctions Regarding Invoicing (JAN 2019)



G-242-H001 Government Contract Administration Points of Contact and Responsibilities (OCT 2018)



G-242-H002 Hours of Operation and Holiday Schedule (JUL 2021)



G-242-W001 Contract Administration Functions (OCT 2018)



L-209-H009 Notification of Potential Organizational Conflicts of Interest (DEC 2018)



L-215-H004 Instructions for Pricing Contract Data Requirement List (OCT 2018)





PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.





D-211-H005 Identification Marking of Parts – Alternative I (OCT 2018)



D-247-H005 Marking and Packing List(s) (OCT 2018)





DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.





SPECIAL CONTRACT REQUIREMENTS:



Your quote must be received vie email by the primary and secondary contacts (below) no later than 28 December 2023, 2:00 PM San Diego local time.



Email Address: samantha.c.salgado.civ@us.navy.mil & roderick.q.rioveros.civ@us.navy.mil



Listing of Attachments:



Attachment 1 – Instructions, Conditions and Notices to Offerors



Attachment 2 – Evaluation Factors for Award



Attachment 3 – NAVSEA Provisions and Clauses



Attachment 4 – Past Performance Questionnaire



Attachment 5 – Performance Work Statement



S-1 – Request for Specification Clarification


Attachments/Links
Contact Information
Contracting Office Address
  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >